Scope of Work



NOTICEThis opportunity is being released to ODJFS – Professional Technical Services pre-qualified contractors as a result of Open Market RFP #0A1183. The terms and conditions of the #0A1183 contract apply to this task order solicitation.ONLY Contractors pre-qualified in the 2.0 OWCMS Ecosystem Technology Category are eligible to submit proposal responses AND to submit inquiries. The State does not intend to respond to inquiries or to accept proposals submitted by organizations not pre-qualified in this Technology Category.An alphabetical listing of Contractors pre-qualified to participate in this opportunity follows:CGI Technology Inc.CMA ConsultingConduent State & Local SolutionsStrategic Systems Inc.Symbiosys Solutions Inc.Task Order PTJFS-18-02-002WIET and Employer Authentication DATE ISSUED:September 21, 2017The Ohio Department of Job and Family Services is requesting proposals for work leveraging Contract 0A1183 Professional Technical Services: System Operations and Maintenance for Employment Services Systems:PROJECTS:Workforce Inventory of Education and Training (WIET) Add Appeal Process & WIET EnhancementsOWCMS Employer Authentication ServicesPOST DATE: September 21, 2017INQUIRY PERIOD BEGINS:September 21, 2017INQUIRY PERIOD ENDS:September 28, 2017PROPOSAL DUE DATE:October 6, 2017 at 1:00 p.m. (Columbus, Ohio time)OPENING LOCATION:Department of Job and Family ServicesOffice of Contracts and Acquisitions30 East Broad Street, 31st FloorColumbus, Ohio 43215Purpose. The purpose of this Task Order solicitation is to provide The Ohio Department of Job and Family Services with a prequalified Contractor, herein after referred to as the “Contractor”, to provide services from the OWCMS Ecosystem Technology Category in the Professional Technical Services Contract. The Contractor shall furnish the necessary personnel, equipment, material and/or services and otherwise do all things necessary for or incidental to the performance of work set forth in Section 1, Scope of ANIZATION: This Task Order solicitation consists of six (6) parts, two (2) attachments and three (3) supplements. Please verify that you have a complete copy.Parts:Part OneScope of WorkPart TwoNon-Functional Requirements and StandardsPart ThreeProduct DevelopmentPart FourStaffing RequirementsPart FiveTask Order Evaluation CriteriaPart SixRequirements for ProposalsPart SevenPersonnel Profile Summary FormsAttachments:Attachment ADevelopment Task Order Standards Attachment BSystem Test Standards for Task OrdersSupplements: Supplement OneRequirements WIET Appeal Requirements Supplement TwoRequirements WIET Enhancements Requirements Supplement ThreeRequirements Employer Authentication RequirementsTable of Contents TOC \o "1-3" \h \z \u 1.Scope of Work PAGEREF _Toc493233663 \h 41.1.WIET Add Appeal Process & WIET Enhancements PAGEREF _Toc493233664 \h 41.2.OWCMS Employer Authentication PAGEREF _Toc493233665 \h 51.3.Standards PAGEREF _Toc493233666 \h 51.3.1.Transition applications to work with supported WebSphere version PAGEREF _Toc493233667 \h 51.4.Deliverables PAGEREF _Toc493233668 \h 61.4.1.Project Planning and Commencement of Work PAGEREF _Toc493233669 \h 61.4.2.Sprints PAGEREF _Toc493233670 \h 61.4.2.1.Required Artifacts PAGEREF _Toc493233671 \h 61.4.2.2.Other Artifacts PAGEREF _Toc493233672 \h 71.4.3.Sprint 0 PAGEREF _Toc493233673 \h 71.5.Required Phase Gates PAGEREF _Toc493233674 \h 81.5.1.User Acceptance Testing (UAT) PAGEREF _Toc493233675 \h 81.5.2.Design Review and Approval PAGEREF _Toc493233676 \h 81.5.3.Standards Compliance Review PAGEREF _Toc493233677 \h 81.5.4.Project Value Review PAGEREF _Toc493233678 \h 81.6.Code Merge PAGEREF _Toc493233679 \h 91.7.Deployments PAGEREF _Toc493233680 \h 92.Staffing Requirements PAGEREF _Toc493233681 \h 92.1.Scrum Master PAGEREF _Toc493233682 \h 92.2.Technical Lead PAGEREF _Toc493233683 \h 92.3.Testing Lead PAGEREF _Toc493233684 \h 102.4.Agile Team Members PAGEREF _Toc493233685 \h 102.5.Overall Project Team Requirements PAGEREF _Toc493233686 \h 113.ODJFS Vendor Support PAGEREF _Toc493233687 \h 113.1ODJFS Program Area Support PAGEREF _Toc493233688 \h 113.2Project Management Support PAGEREF _Toc493233689 \h 113.3Development Support PAGEREF _Toc493233690 \h 113.4Testing Support PAGEREF _Toc493233691 \h 113.5Colocation, Remote Access, PC and Development Tool Support PAGEREF _Toc493233692 \h 113.6Document Review and Approval PAGEREF _Toc493233693 \h 114.Task Order Evaluation Criteria PAGEREF _Toc493233694 \h 125.Requirements for Proposals PAGEREF _Toc493233695 \h 165.1 Inquiry Process PAGEREF _Toc493233696 \h 165.2Proposal Instructions PAGEREF _Toc493233697 \h 175.3Proposal Format PAGEREF _Toc493233698 \h 175.3.1 Tab A - Cover Letter PAGEREF _Toc493233699 \h 175.3.2 Tab B - Subcontractor Letters PAGEREF _Toc493233700 \h 175.3.3 Tab C – Proposed Solution PAGEREF _Toc493233701 \h 185.3.4 Tab D - Staffing PAGEREF _Toc493233702 \h 185.3.5 Tab E - ODJFS Support Expectations PAGEREF _Toc493233703 \h 255.3.6 Tab F - Assumptions PAGEREF _Toc493233704 \h 255.3.7 Cost Proposal - Sealed separately PAGEREF _Toc493233705 \h 26Scope of WorkThe scope of work to be completed under this Task Order includes completion of work on the Workforce Inventory of Education and Training (WIET) Add Appeal Process and Enhancements and, the Ohio Workforce Case Management System (OWCMS) Employer Authentication Services Projects.The approach to the completion of work will be to develop final requirements and implement new and revised software using agile processes to meet the business objectives for each project. The project’s requirements, as shown in various supplements, provide more details on the overall scope of work within the Task Order. The proposed cost and number of sprints must cover the work effort require to meet the requirements contained within Supplements One, Two and Three.Software Development Life Cycle (SDLC)The desire is that the work in this Task Order will be accomplished using agile processes. The offeror must propose an agile methodology that addresses the full life cycle from scope management to user acceptance testing implement the projects described in this document.A short description of each project with the primary objectives of the project follows in this section. WIET Add Appeal Process & WIET EnhancementsThe Workforce Inventory of Education and Training (WIET) is an online list of approved state and local training Providers. Training Providers on this list are eligible to receive Workforce Innovation and Opportunity Act (WIOA) and Temporary Assistance for Needy Families (TANF) funds to instruct program participants.The goal of this project is to provide enhancements to the WIET system.ObjectivesIf an institution or training provider has been denied as an eligible training provider, has lost eligibility, or has been terminated from WIET, the institution or training provider may appeal the denial or termination. The Ohio Department of Job and Family Services (ODJFS) needs to comply with policy requirements regarding notifying Providers of their right to appeal, pursuant to the WIOA PL 16-02 (Eligible Training Providers). For efficiency of staff time, the system would allow WIET state administrators users to track appeals based on the Provider or program being appealed. This assists with resolution and supports metrics for appeal processing and auditing. The WIET application must be amended so that error messages match data conditions. The application must also be amended to reduce manual intervention in approving Providers, programs, and their renewals. Finally, the application must also be amended to remove other assorted conditions that have caused users frustration, including aspects that may be enhancements or defect resolution.The final detailed requirements will be developed and implemented during the project using agile processes. The project’s current written requirements, as shown in requirements supplements, provide more details on the overall scope of the project.1.2.OWCMS Employer AuthenticationOhio Means Jobs (OMJ) allows State of Ohio employers to post information related to open positions.The current level of fraudulent job posting in OMJ has become increasingly more prevalent and reduces the quality of services within the OMJ program. The current system does not require authentication by employers before posting a job listing.ObjectivesAdding authentication through Ohio Business Gateway (OBG), will help limit job creation to only valid Ohio employers. While this solution will not completely eliminate fraudulent jobs displaying it minimizes the risk of fraudulent jobs originating within OMJ. This initiative is also meant to provide better data on employers that utilize OWCMS so that employer services can be better managed.The final detailed requirements will be developed and implemented during the project using agile processes. The project’s currently written requirements, as shown in the requirements supplement, provide more details on the overall scope of the project.StandardsDuring the life of the Task Order, in addition to the standards defined in DAS RFP 0A1183, the standards as shown in the following attachments are must be followed when specific activities covered by the standards have been scheduled into sprints via the sprint planning process. During the project the Contractor may propose alternative approaches to completion of work. Any changes to these standards will be documented and approved through project change control.Attachment A: Development Task Order Standards Attachment B: System Test Standards for Task Orders 1.3.1.Transition applications to work with supported WebSphere versionDuring the life of the Task Order, the application’s technology platform will be upgraded to WebSphere version 8.5.5/Java 1.7 by the State.? The offeror must complete tasks required to ensure?the application(s) works on?the new platform.? The cut-over to the new platform will be scheduled to occur within one of the sprint releases, to be determined by mutual agreement after the start of the project.? This must be completed no later than April 30, 2018.? The proposed plan must include the tasks and timeline required to complete work to transition the application to Java version 7 and WebSphere version 8.5.5.? The work plan proposed by the offeror should include following activities and other activities the offeror deems required to complete the coding and testing of this scope of work.Configure the Developer environment, convert the 9 OWCMS Applications from WAS 7.0.0.41 to WAS 8.5.5, and ensure the applications work in the new environment and support TLS v1.2. ?The Developer environment includes?local RAD Workspace and local WebSphere Application Server (v8.5.5). ?The transition includes, but not limited to,?following:User interface components/frameworks e.g.: JSP, JSFbusiness logic and data access code e.g.:?EJBs, Hibernate and JPAsOptimize Log Management using ODJFS standard log Framework, remove log statements that write PI / sensitive data to eliminate security and audit concerns.Develop automatic builds using agency’s Continuous Integration tool -Jenkins.Modify dependency management to utilize agency’s centralized Nexus Repository Manager with Apache Maven for 11 applications and batch interfaces.Update Batch interfaces and route 11 Services calls spread across 11 applications and batch interfaces through ESB for better API Management.DeliverablesProject Planning and Commencement of WorkThe Contractor must start work on a comprehensive Project Management Plan no later than five (5) days following the issuance of a purchase order with a kick-off between ODJFS and the Contractor’s representative(s). The Project Management Plan must contain at least: scope, schedule, communication, resource, risk and issue management. The named key resources provided in the Contractor’s proposal must begin work on the Project within fifteen (15) days of the issuance of a purchase order. The Contractor will develop and provide an overall Test Management Plan for the project that describes the approach to be followed for functional, regression and performance tests. The Test Management Plan is expected to be completed before the start of Sprint 1. This work and related activities are expected to be completed within thirty (30) calendar days of the issuance of a purchase order. SprintsThe project will be comprised of development iterations (sprints) that are equally divided across the duration of the project. Sprint work is to begin immediately upon submission of the Sprint 1 certification letter and end after implementation of the work identified in the Scope of Work Section of this Task Order. Required ArtifactsEach sprint delivered must include at least the following artifacts:Updated groomed product backlog and sprint planning documents;Updated and approved requirement documentation;Updated status report in MS word including project risks, issues, and change orders;Updated burn charts representing metrics for work completed and estimated work remaining vs. time remaining;Sprint Show and Tell Presentation;Sprint Retrospective Report; andOne or more deliverables from the “Other Artifacts” listed below as appropriate to the planned work.Other ArtifactsThe following artifacts are to be provided by the Contractor at the completion of each sprint when applicable. Sprint planning will determine the exact composition of work for each sprint. Development ArtifactsApproved detailed design and technical design documents;Approved wireframes/screen mockups/system documentation;Completed design and code walkthrough templates;Tested application code checked into Dimensions;Approved database scripts (Data Definition Language (DDL), Data Manipulation Language (DML)) checked into dimensions;Scheduling Modification Request (SMR) for new and revised batch jobs; andBuild Files (.EAR files, .JAR files, etc.) deployed to appropriate development and testing environments.Testing ArtifactsApproved project requirements are to be stored in HP Application Lifecycle Management (ALM);Approved test plan that meets system test standards;Created or updated automated test scripts;Presentation for system test knowledge walkthrough; andSystem test results documentation as defined in the Testing Standards.Sprint 0 The offeror’s proposal must include the activities and a schedule that it will execute during sprint 0 period to ensure successful start of the development work and completion of the project objectives described in this document. The offeror’s proposal must include specific details on the expectations the offeror has of ODJFS staff and resources during this period. Sprint 0 is expected to begin within twenty-one (21) calendar days of the issuance of a purchase order.The Contractor will create the initial prioritized product back log based on requirements documents provided with this document and additional Contractor-facilitated planning sessions completed during the sprint.The Contractor will provide orientation to ODJFS agile team members and other key ODJFS project stakeholders on the agile processes to be used. The orientation must include information on the process including roles and responsibilities. The Contractor will provide a certification letter that all prerequisites to start Sprint 1 are complete. Prerequisites are:Development and Testing Environments must be prepared and ready for use;All system and tool access must be available to sprint team membersContractor and ODJFS agile team members must be available to start work.Approval of the Test Management PlanApproval of the Project Management Plan Other activities as defined by the Contractor in the proposed SDLCRequired Phase GatesUser Acceptance Testing (UAT)The ODJFS Product Owner is expected to accept the system changes at the conclusion of each sprint. Acceptance is required before the next sprint can start.Design Review and ApprovalBefore coding new application components or making database changes, the Contractor must submit new or updated design documents using the supplied template, or approved alternative, for review and approval by the ODJFS Development Lead and/or Application Database Analyst (DBA). Modifications to existing functions are expected to conform to the system’s existing design constructs. ODJFS will review and approve the design documents or request changes within each sprint. Standards Compliance ReviewThe Contractor is responsible for ensuring its staff comply with the published standards attached to this document. ODJFS will conduct a formal code review on a sampling of code delivered during selected sprints to ensure compliance with the standards identified in Attachment A. Sprint planning will identify the sprints in which the code reviews will occur. Code delivered in the current or a prior sprint will be selected for the review. For formal code reviews the Contractor must provide a list of files changed/created for each piece of functionality using the code review template document. The Contractor must complete a walk through with the ODJFS Development Lead. The ODJFS Development Lead will review completed code to ensure compliance with coding guidelines, coding standards and naming standards. ODJFS may also conduct informal or Ad Hoc standards compliance reviews by review of checked in code. ODJFS may leverage automated tools for standards compliance reviews.The Contractor must develop and maintain a test plan that complies with ODJFS System Test Standard (Attachment B). ODJFS will complete Ad Hoc standards reviews to ensure compliance with the standards. For example, Attaching test documents to the Customer Service Request (CSR)/Work Request (WR)/Incident Report (IR) in DimensionsUpdating CSRs, WRs and IRs with test commentsGenerating test plan and execution documents from HP Application Lifecycle Management (ALM) ToolDaily documentation of defects related to the test set in HP ALMAt the conclusion of the review, the Contractor will be provided with specific corrective action for items found to not be in compliance with standards. The Contractor must develop and present ODJFS with a corrective action plan to address the standards issues that do not impact the current and future planned sprints. On approval, the Contractor will complete the corrective action plan.Project Value ReviewThe Contractor’s representative must attend regular meetings, the schedule for which will be identified in the Project Management Plan, with the ODJFS project manager and key stakeholders. The Contractor’s representative must present project risks, issues, sprint retrospective reports and progress of delivered work against planed work (Burn charts). The periodic value review will assess the actual output of the team(s) vs. the planned output of the team(s). ODJFS and Contractor’s representative will work to resolve obstacles to value delivery and address project issues and risks as needed. The failure to consistently meet the objectives of the planned sprints may result in suspension of work until issues related to the value delivery can be resolved.Code MergeWhen the code from a sprint is scheduled for deployment to production, it is the responsibility of the Contractor to merge the project code back into the main production branch, as directed by ODJFS prior to final system testing and User Acceptance Testing (UAT) for the sprint. The Contractor must compare with the appropriate repository version before check-in and complete any code update and merge activities as necessary. Code overlap among simultaneous projects need to be coordinated before merge.DeploymentsThe Contractor shall deploy the code to system test and UAT Environments based on an agreed to schedule with the ODJFS and in accordance with deployment standards. Deployments that are required outside of the agreed to schedule must be approved by the ODJFS Product Owner and ODJFS designated Test Lead. ODJFS staff will coordinate deployments to production. Staffing RequirementsThe following staff are identified as Key Staff:Scrum MasterTechnical LeadTesting LeadThe Contractor may not replace key staff without the approval of ODJFS. ODJFS reserves the right to request replacement staff for Key Staff who do not meet the minimum qualifications outlined. Scrum MasterThe offeror must complete a Candidate Experience and Qualifications Form (Section 5.3, Tab D) describing how the Minimum and Preferred qualifications are met for the Scrum Master. QualificationsScrum Master must have a minimum of thirty-six (36) months of experience as a Scrum Master on a minimum of two (2) agile projects. Experience as a Scrum Master on an IT project with a minimum of one (1) federal, state, or local government project with at least twelve (12) months durationPrevious experience on a State Workforce Development project.Certified Scrum Master (CSM)Technical Lead The offeror must complete a Candidate Experience and Qualifications Form (Section 5.3, Tab D) describing how the Minimum and Preferred qualifications are met for the Technical Lead.QualificationsProject Technical Lead must have a minimum of thirty-six (36) months of experience as an IT Project Technical Lead on a minimum of two (2) agile projectsProject experience with UNIX, JAVA and WebSphere within the last twenty-four (24) months.Experience as a Technical Lead on an IT project with a minimum of one (1) federal, state, or local government project with at least twelve (12) months durationMinimum of three (3) years’ experience with multi- systems interface design and implementationPrevious experience on a State Workforce Development rmation Technology related Bachelor’s Degree or higherTesting LeadThe offeror must complete a Candidate Experience and Qualifications Form (Section 5.3, Tab D) describing how the Minimum and Preferred qualifications are met for the Scrum Master.QualificationsProject Test Lead must have a minimum of thirty-six (36) months of experience as a Project Test Lead on a minimum of two (2) agile projects. A minimum of twelve (12) months of experience as a Project TesterA minimum of twelve (12) months of experience in planning and conducting performance testing/load testingExperience as a Test Lead on an IT project with a minimum of one (1) federal, state, or local government project with at least twelve (12) months durationPrevious experience on a State Workforce Development rmation Technology related Bachelor’s Degree or higherAgile Team MembersThe offeror must complete a Candidate Experience and Qualifications Form (Section 5.3.4, Tab D) for each Agile Team Member describing how the Minimum and Preferred qualifications are met.QualificationsAll proposed agile team members must have:at least twenty-four (24) months of Java development experience on two (2) or more agile projects.at least twenty-four (24) months Oracle database experience.? at least twenty-four (24) months of demonstrated experience with HP Unified Functional Test (UFT) (or equivalent) and with HP Application Lifecycle Management (ALM) (or equivalent).Experience on an IT project with a minimum of one (1) federal, state, or local government project with at least twelve (12) months durationPrevious experience on a State Workforce Development project.Certified Business Analysis Professional (CBAP)Overall Project Team RequirementsQualificationsThe skills represented in this section can be met by any of the offeror’s proposed team. The offeror must include these skills on the Candidate Experience and Qualifications Form (Section 5.3, Tab D) for each of the Candidates that are used to meet these qualifications.sixty (60) months or more experience with Oracle 11g/12c.experience elaborating and developing business requirements for a minimum of thirty-six (36) months on at least two (2) agile projects.sixty (60) months or more experience in an iterative development methodology.sixty (60) months or more experience with HP Application Lifecycle Management (ALM) or comparable technology.sixty (60) months or more experience with HP Unified Functional Test (UFT) or comparable technology.ODJFS Vendor Support3.1ODJFS Program Area SupportThere will be an ODJFS Product Owner assigned to each project.3.2Project Management SupportThere will be an ODJFS Project Management Office (PMO) Project Manager assigned to each Task Order to help the Contractor coordinate cross-team efforts and report project status.3.3Development SupportThere will be one or more ODJFS development leads assigned to each Task Order. The development lead(s) will be available to the Contractor team to allow knowledge transfer between ODJFS and the Contractor team.3.4Testing SupportThe ODJFS Test Lead will be available to the Contractor team to allow system knowledge transfer between ODJFS and Contractor teams.3.5Colocation, Remote Access, PC and Development Tool SupportThe offeror must describe the requirements (see 5.3.5, Tab E) for its team in the proposal submitted. ODJFS will provide all resources required for the Contractor’s team to access and use ODJFS development and test systems. This includes remote or onsite access to PCs and required development and testing tools described in the standards documentation attached to document.3.6Document Review and ApprovalAny formal documents that result from sprint activities that need to be reviewed/approved by ODJFS will require five (5) business days for review and/or approval. No more than two (2) documents can be under review at the same time without prior approval from ODJFS.Task Order Evaluation CriteriaEvaluation of Proposals Generally. The evaluation process may consist of up to five (5) distinct phases. Requests for more information may occur at the State’s discretion when needed and in any phase.Initial Review;Technical evaluation;Evaluation of costs; and Requests for more information, as described in RFP 0A1183, as needed.ODJFS may decide whether phases are necessary, and ODJFS may rearrange the order in which it proceeds with the phases. ODJFS also may add or remove sub-phases to any phase at any time, if ODJFS believes doing so will improve the evaluation process.Initial Review. ODJFS will review all proposals for their format and completeness. After the initial review, ODJFS will forward all timely, complete, and properly formatted proposals to an evaluation team. Technical Evaluation. ODJFS will evaluate every proposal that it has determined is timely. ODJFS reserves the right to reject any proposal that is incomplete and/or improperly formatted. The evaluation will be scored according to the requirements identified in this Task Order and will result in an overall “does not meet”, “meets”, or “exceeds” rating. Cost Evaluation. Once the staffing and technical merits of the proposals are considered, ODJFS will consider the costs of the proposals remaining under evaluation. It is within the ODJFS’ discretion to wait until after any interviews, presentations, and demonstrations to evaluate costs. Overall Evaluation. The overall evaluation is calculated by combining and weighing each offeror’s Technical Proposal Score and Cost as shown in the "Price Performance Formula". The proposal with the highest overall score will be awarded.Proposed SolutionWeightDoes Not Meet Partially MeetsMeets ExceedsThe proposed solution provides a methodology that allows the state to make decisions about cost vs value to remove scope and related cost during sprint planning. See Section 5.3.3, Tab C.250357The proposed solution is an Agile or Agile Hybrid methodology. See Section 5.3.3, Tab C.100357The proposed solution provides for Incremental delivery of potentially deployable features. See Section 5.3.3, Tab C.100357The proposed solution contains a High Level Sprint plan and project schedule that addresses the three requirements within Supplements One, Two and Three.500357The proposed solution demonstrates a method by which development and testing Standards will be maintained during the project. See Section 5.3.3, Tab C.50357Project Team Requirements. The proposed project team must have the following expertise. An experienced person can be used to fulfill more than one requirement. Project Team RequirementsWeightDoes Not Meet Partially MeetsMeets ExceedsScrum MasterA minimum of thirty-six (36) months of experience as a Scrum Master on a minimum of two (2) agile projects.50357Experience as a Scrum Master on an IT project with a minimum of one federal, state, or local government project with at least twelve months’ duration.20357Previous experience on a State Workforce Development project.50357Certified Scrum Master (CSM)30357Technical LeadA minimum of thirty-six (36) months of experience as an IT Project Technical Lead on a minimum of two (2) agile projects.50357Project experience with UNIX, JAVA and WebSphere within the last within the last twenty-four (24) months.50357Experience as a Technical Lead on an IT project with a minimum of one (1) federal, state, or local government project with at least twelve (12) months duration.20357Minimum of three years’ experience with multi- systems interface design and implementation.20357Previous experience on a State Workforce Development project.50357Information Technology related Bachelor’s Degree or higher.10357Test LeadA minimum of thirty-six (36) months of experience as a Project Test Lead on a minimum of two (2) agile projects.50357A minimum of twelve (12) months of experience as a Project Tester.20357A minimum of twelve (12) months of experience in planning and conducting performance testing/load testing.20357Experience as a Test Lead on an IT project with a minimum of one (1) federal, state, or local government project with at least twelve (12) months duration.20357Previous experience on a State Workforce Development project.50357Information Technology related Bachelor’s degree or higher.10357Project Team RequirementsWeightDoes Not Meet Partially MeetsMeets ExceedsAgile Team MembersA minimum of twenty-four (24) months of Java development experience on two (2) or more agile projects.50357At least twenty-four (24) months Oracle database experience.50357At least twenty-four (24) months experience with HP Unified Functional Test (UFT) (or equivalent) and with HP Application Lifecycle Management (ALM) (or equivalent).50357Experience on an IT project with a minimum of one (1) federal, state, or local government project with at least twelve (12) months duration.20357Previous experience on a State Workforce Development project.50357Certified Business Analysis Professional (CBAP)10357Team RequirementsWeightDoes Not MeetPartially MeetsMeetsExceedsAt least one (1) team member with at least 36 months Experience as a business analyst elaborating and developing business requirements on a minimum of two (2) agile projects50357At least one (1) team member with sixty (60) months or more experience with Oracle 11g/12c.50357At least one (1) team member with sixty (60) months or more experience in an iterative development cycle.50357At least one (1) team member with sixty (60) months or more experience with HP Application Lifecycle Management (ALM) Technology or comparable technology – please specify50357At least one (1) team member with sixty (60) months or more experience with HP Unified Functional Test (UFT) Technology (or comparable – please specify).50357Price Performance Formula. The evaluation team will rate the proposals based on the following criteria and respective weights. CriteriaPercentageTechnical Proposal70%Cost Summary30%To ensure the scoring ratio is maintained, ODJFS will use the following formulas to adjust the points awarded to each offeror. The offeror with the highest point total for the Technical Proposal will receive 700 points. The remaining offerors will receive a percentage of the maximum points available based upon the following formula: Technical Proposal Points = (Offeror’s Technical Proposal Points/Highest Number of Technical Proposal Points Obtained) x 700 The offeror with the lowest proposed Not-To-Exceed Fixed Cost will receive 300 points. The remaining offerors will receive a percentage of the maximum cost points available based upon the following formula: Cost Summary Points = (Lowest Not-To-Exceed Fixed Cost/Offeror’s Not-To-Exceed Fixed Cost) x 300 Total Points Score: The total points score is calculated using the following formula: Total Points = Technical Proposal Points + Cost Summary Points5.Requirements for Proposals5.1 Inquiry ProcessPre-Qualified Contractors may make inquiries regarding this Task Order Solicitation anytime during the inquiry period listed in the Calendar of Events. To make an inquiry, Pre-Qualified Contractors must use the following process:Access the State’s Procurement Website at ; From the Quick Links menu on the right, select “Bid Opportunities Search”; In the “Document/Bid Number“ field, enter the Task Order Solicitation ID number found on the first page of this Solicitation; Click the “Search” button; On the Opportunity Search Results page, click on the hyperlinked Bid Number;On the Opportunity Details page, click the “Submit Inquiry” button; On the document inquiry page, complete the required “Personal Information” section by providing: First and last name of the prospective offeror’s representative (the Offeror Representative) who is responsible for the inquiry, Name of the prospective offeror, The Offeror Representative’s business phone number, and The Offeror Representative’s email address; Type the inquiry in the space provided including: A reference to the relevant part of this Solicitation, The heading for the provision under question, and The page number of the Solicitation where the provision can be found; Enter the Confirmation Number at the bottom of the pageClick the “Submit” button. A Pre-Qualified Contractor submitting an inquiry will receive an acknowledgement that the State has received the inquiry as well as an email acknowledging receipt. The Pre-Qualified Contractor will not receive a personalized response to the question nor notification when the State has answered the question.Pre-Qualified Contractors may view inquiries and responses on the State’s Procurement Website by using the “Bid Opportunities Search” feature described above and by clicking the “View Q & A” button on the document information page.The State usually responds to all inquiries within three business days of receipt, excluding weekends and State holidays. But the State will not respond to any inquiries received after 8:00 a.m. on the inquiry end date.The State does not consider questions asked during the inquiry period through the inquiry process as exceptions to the terms and conditions of this Solicitation.5.2Proposal InstructionsThe offeror must provide six (6) copies of their proposal. Each copy must be organized in an indexed binder with sections ordered as listed below in 5.3. ODJFS wants clear and concise proposals, but offerors must answer questions completely and meet all the Task Order’s requirements. The offeror also must provide an electronic copy of everything contained within the proposal on a CD in Microsoft Office or Adobe Acrobat format, as appropriate. If there is a discrepancy between the hard copy and the electronic copy of the proposal, the hard copy will control, and ODJFS will base its evaluation of the offeror’s proposal on the hard copy.Proposal Responses MUST be submitted to the State Agency’s Procurement Representative:???? Jay EasterlingOhio Department of Job and Family ServicesOffice of Contracts and Acquisitions30 East Broad Street, 31st Floor Columbus, Ohio 432155.3Proposal Format Each proposal must contain the following tabbed sections:Cover LetterSubcontractor LettersProposed SolutionStaffing Requirements ODJFS Support ExpectationsAssumptionsCost Proposal (separately sealed)5.3.1 Tab A - Cover LetterThe cover letter must be in the form of a standard business letter and must be signed by an individual authorized to legally bind the offeror. One of the six (6) indexed binders must include the original cover letter and it must be signed in blue ink. The cover letter must include a brief executive summary of the solution the offeror plans to provide. The letter must also have the following:A list of the people who prepared the proposal, including their titles; andThe name, address, e-mail, and phone number of a contact person who has authority to answer questions regarding the proposal.5.3.2 Tab B - Subcontractor Letters For each proposed subcontractor, the offeror must attach a letter from the subcontractor, signed by someone authorized to legally bind the subcontractor, with the following included in the letter:The subcontractor's legal status, federal tax identification number, D-U-N-S number, and principal place of business address;The name, phone number, fax number, email address, and mailing address of a person who is authorized to legally bind the subcontractor to contractual obligations;A description of the work the subcontractor will do;A commitment to do the work if the offeror is selected; andA statement that the subcontractor has read and understood the RFP and this Task Order and will comply with the requirements of the RFP and this Task Order.5.3.3 Tab C – Proposed Solution This Task Order will be accomplished using agile processes. This section must also address each of the five (5) proposed solution scored criteria located on page 13 of this Task Order solicitation document, in addition to the requirements given below.Describe your SDLC process definition and flows. Describe how the process will provide for the required phase gates to ensure design and scope quality.Describe your recommended iteration (sprint) duration and rationale for it. Describe how each iteration will deliver potentially deployable user accepted code that conforms to documented standards. Describe the approach you will use for sprint planning that will allow ODJFS to understand the cost for incremental delivery of features. ODJFS wants to make cost vs. value decisions before start of development on features that must be implemented over multiple sprints. ODJFS will use this information to determine which requirements will be included in scope for development and which will be removed from the scope.Describe agile approach orientation to be provided to ODJFS Subject Matter Experts (SMEs) and Product Owners.Describe how your methodology will provide the required artifacts by providing examples of the following with your proposal:Groomed product backlog; Sprint planning documents;Requirement documentation;Status report in MS word including project risks, issues, and change orders;Burn charts or other reports representing work completed, estimated work to-do vs. time remaining;Sprint Show and Tell Presentation; and Sprint Retrospective Report.Identify your team composition, number of team members, roles and role definitions, and the team’s physical location.Identify team’s ramp-up period and roll-off plan (by name or role, if applicable).Include the activities and schedule that you will execute during the project. 5.3.4 Tab D - Staffing Provide details related to project staffing to include:Identify roles to be filled by employees or subcontractors.Provide names and resumes of key named staff as outlined in Section 2.Provide a filled-in Candidate Education and Training Form for each key staff.Provide filled-in Candidate Experience and Qualifications forms. Provide Personnel Profile Summary Forms.Provide documentation verifying how the team member(s) meet the outlined education and certification qualifications.5.3.4 Tab D - Staffing (continued)Candidate Education and Training Form A copy of this form must be provided for the designated Scrum Master, Technical Lead, and Testing LeadCandidate’s Name:Education and Training. This section must be completed to list the education and training of each key candidate and must demonstrate in detail the key candidate’s ability to properly execute the Contract based on the relevance of the education and training to the requirements of the Task Order.EDUCATION AND TRAININGMONTHS/ YEARSWHERE OBTAINEDDEGREE/MAJOR YEAR EARNEDCollegeTechnical SchoolOther Training*** COPY THIS FORM AS MANY TIMES AS NEEDED ***5.3.4 Tab D - Staffing (continued)PERSONNEL PROFILE SUMMARYSCRUM MASTERA minimum of thirty-six (36) months of experience as a Scrum Master on a minimum of two (2) agile projects.Experience as a Scrum Master on an IT project with a minimum of one (1) federal, state, or local government project with at least twelve (12) months’ duration.Previous experience on a State Workforce Development project.Certified Scrum Master (CSM)Candidate’s Name:Position(s):Company Name:Contact Name:Primary or AlternateContact Title:Address:Contact Phone Number:Email Address:Project Name:Beginning Date ofExperience:Month/YearEnding Date ofExperience:Month/YearDescription of technical experience, capacity performed, and role related to services to beprovided for the Work:Did this project utilize an agile-based approach?Specify which one this project was done for (federal, state, local government or private).Was this a tax project for unemployment compensation?*** COPY THIS FORM AS MANY TIMES AS NEEDED TO RESPOND TO EACH REQUIREMENT ***5.3.4 Tab D - Staffing (continued)PERSONNEL PROFILE SUMMARYTECHNICAL LEADA minimum of thirty-six (36) months of experience as an IT Project Technical Lead on a minimum of two (2) agile projects.Project experience with UNIX, JAVA and WebSphere within the last within the last twenty-four (24) months.Experience as a Technical Lead on an IT project with a minimum of one (1) federal, state, or local government project with at least twelve (12) months duration.Minimum of three (3) years’ experience with multi- systems interface design and implementation.Previous experience on a State Workforce Development rmation Technology related Bachelor’s Degree or higher.Candidate’s Name:Position(s):Company Name:Contact Name:Primary or AlternateContact Title:Address:Contact Phone Number:Email Address:Project Name:Beginning Date ofExperience:Month/YearEnding Date ofExperience:Month/YearDescription of technical experience, capacity performed, and role related to services to beprovided for the Work:Did this project utilize an agile-based approach?Specify which one this project was done for (federal, state, local government or private).Was this a tax project for unemployment compensation?*** COPY THIS FORM AS MANY TIMES AS NEEDED TO RESPOND TO EACH REQUIREMENT ***5.3.4 Tab D - Staffing (continued)PERSONNEL PROFILE SUMMARYTEST LEADA minimum of thirty-six (36) months of experience as a Project Test Lead on a minimum of two (2) agile projects.A minimum of twelve (12) months of experience as a Project Tester.A minimum of twelve (12) months of experience in planning and conducting performance testing/load testing.Experience as a Test Lead on an IT project with a minimum of one (1) federal, state, or local government project with at least twelve (12) months duration.Previous experience on a State Workforce Development rmation Technology related Bachelor’s degree or higher.Candidate’s Name:Position(s):Company Name:Contact Name:Primary or AlternateContact Title:Address:Contact Phone Number:Email Address:Project Name:Beginning Date ofExperience:Month/YearEnding Date ofExperience:Month/YearDescription of technical experience, capacity performed, and role related to services to beprovided for the Work:Did this project utilize an agile-based approach?Specify which one this project was done for (federal, state, local government or private).Was this a tax project for unemployment compensation?*** COPY THIS FORM AS MANY TIMES AS NEEDED TO RESPOND TO EACH REQUIREMENT ***5.3.4 Tab D - Staffing (continued)PERSONNEL PROFILE SUMMARYAGILE TEAM MEMBERSA minimum of twenty-four (24) months of Java development experience on two (2) or more agile projects.At least twenty-four (24) months Oracle database experience.At least twenty-four (24) months experience with HP Unified Functional Test (UFT) (or equivalent) and with HP Application Lifecycle Management (ALM) (or equivalent).Experience on an IT project with a minimum of one (1) federal, state, or local government project with at least twelve (12) months duration.Previous experience on a State Workforce Development project.Certified Business Analysis Professional (CBAP)Candidate’s Name:Position(s):Company Name:Contact Name:Primary or AlternateContact Title:Address:Contact Phone Number:Email Address:Project Name:Beginning Date ofExperience:Month/YearEnding Date ofExperience:Month/YearDescription of technical experience, capacity performed, and role related to services to beprovided for the Work:What programming language(s) were utilized during development?If the work included a database, please describe your role and what type and version was being used.Did this project utilize an agile-based approach?Specify which one this project was done for (federal, state, local government or private).Are you a certified business analysis professional?*** COPY THIS FORM AS MANY TIMES AS NEEDED TO RESPOND TO EACH REQUIREMENT ***PERSONNEL PROFILE SUMMARYANY TEAM MEMBERRequirementCandidate's NameMonths of ExperienceAt least 36 months Experience as a business analyst elaborating and developing business requirements on a minimum of two (2) agile projectsSixty (60) months or more experience with Oracle 11g/12c.Sixty (60) months or more experience in an iterative development cycle.Sixty (60) months or more experience with HP Application Lifecycle Management (ALM) Technology or comparable technology – please specifySixty (60) months or more experience with HP Unified Functional Test (UFT) Technology (or comparable – please specify).*** COPY THIS FORM AS MANY TIMES AS NEEDED TO RESPOND TO EACH REQUIREMENT ***5.3.5 Tab E - ODJFS Support ExpectationsThe offeror must describe the support it needs from ODJFS for execution of this Task Order. Specifically, the offeror must address the following:Nature and extent of State support required in terms of staff roles, percentage of time available, and so on;Assistance from State staff and the experience and qualification levels required;Software development or project management tools; Team space expectations (if applicable: offeror may propose on-site, a virtual team, or some combination); andOther support expectations.ODJFS has provided the details regarding the support it feels may be required to support the Contractor. ODJFS may not be able or willing to provide the additional support the offeror lists in this part of its proposal. The offeror therefore must indicate whether its request for additional support is a requirement for its performance. If any part of the list is a requirement, ODJFS may reject the offeror’s proposal, if ODJFS is unable or unwilling to meet the requirements.5.3.6 Tab F - AssumptionsThe offeror must list all the assumptions the offeror made in preparing the proposal. If any assumption is unacceptable to ODJFS, ODJFS may at its sole discretion request that the offeror remove the assumption or choose to reject the proposal. No assumptions may be included regarding the outcomes of negotiation, terms and conditions, or requirements. Assumptions should be provided as part of the offeror response as a stand-alone response section that is inclusive of all assumptions with reference(s) to the section(s) of the Task Order that the assumption is applicable to. Offerors should not include assumptions elsewhere in their response.5.3.7 Cost Proposal - Sealed separatelyEach offeror must complete a Cost Proposal in the exact format provided in this section. ODJFS may reject any proposal with a reformatted Cost Proposal. The Cost Proposal must not include exceptions, additional terms and conditions, or assumptions. The Cost Proposal must be in a separate sealed package. The total number of sprints that will be delivered by the Contractor may be fewer. Final determination of the duration of work for each project to be implemented will be determined based on ongoing product backlog grooming, sprint planning and completion of project objectives defined in the attached requirements supplements. Contractor will be paid eighty percent (80%) of the fixed cost for the sprint upon Contractor completion and State acceptance of the sprint with twenty percent (20%) held back until final system acceptance by the State.Workforce Inventory of Education and Training (WIET) Add Appeal Process WIET Enhancements Employer Authentication Enhancements, and Application MigrationWorkforce Inventory of Education and Training (WIET) Add Appeal Process & WIET EnhancementsPosition TitleNameScrum MasterTechnical LeadTest LeadAgile Team Member(add additional lines as needed for additional Agile Team Members)Total Cost Per Sprint$Number of SprintsNumber of SprintsSprint Duration (weeks)Total Cost of Workforce Inventory of Education and Training (WIET) Add Appeal Process& WIET EnhancementsTotal Cost Per Sprint x Number of Sprints$5.3.7 Cost Proposal – Sealed separately (continued)Employer Authentication EnhancementsPosition TitleNameScrum MasterTechnical LeadTest LeadAgile Team Member(add additional lines as needed for additional Agile Team Members)Total Cost Per Sprint$Number of SprintsNumber of SprintsSprint Duration (weeks)Total Cost of Employer Authentication EnhancementsTotal Cost Per Sprint x Number of Sprints$Application MigrationApplication MigrationNot-To-Exceed Fixed CostMigrate application to current technology, integration standards and build methods. (Refer to Section 1.3.1)$Total ProjectProjectTotal Cost (100%)Holdback (20%)Total Cost of Workforce Inventory of Education and Training (WIET) Add Appeal Process & WIET Enhancements $$Total Cost of Employer Authentication Enhancements$$Total Cost of Application Migration$Total Project (Not-To-Exceed Fixed Cost)$ ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download